City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to...

51
City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of 51 City of Jacksonville Beach Property and Procurement Division 1460A Shetter Ave., Jacksonville Beach, FL 32250 Tel: 904-247-6229 INVITATION TO BID Bid Number: 1819-01 Bid Title: 230/138 kV, 150/200/250 MVA, Autotransformer Submittal Deadline Day: Wednesday Date: December 5, 2018 Time: 2:00 P. M. Location: Property and Procurement Address: 1460A Shetter Ave., Jacksonville Beach, FL 32250 ANTICIPATED TIME LINE: The anticipated schedule for this Bid is as follows: Bid Issue Date 22-October-18 Bid Advertised 24-October-18 Deadline to Submit Questions 23-Novemebr-18 Addendum (if necessary) Issued 26-November-18 Submission Deadline 5-December-18 Bids Opened 5-December-18 Bids Evaluated 19-December-18 Recommendation to Council 14-January-19

Transcript of City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to...

Page 1: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 1 of 51

City of Jacksonville Beach Property and Procurement Division

1460A Shetter Ave., Jacksonville Beach, FL 32250 Tel: 904-247-6229

INVITATION TO BID

Bid Number: 1819-01 Bid Title: 230/138 kV, 150/200/250 MVA, Autotransformer

Submittal Deadline Day: Wednesday Date: December 5, 2018 Time: 2:00 P. M.

Location: Property and Procurement

Address: 1460A Shetter Ave., Jacksonville Beach, FL 32250

ANTICIPATED TIME LINE: The anticipated schedule for this Bid is as follows:

Bid Issue Date 22-October-18 Bid Advertised 24-October-18 Deadline to Submit Questions 23-Novemebr-18 Addendum (if necessary) Issued 26-November-18 Submission Deadline 5-December-18 Bids Opened 5-December-18 Bids Evaluated 19-December-18 Recommendation to Council 14-January-19

Page 2: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 2 of 51

INDEX SECTION A: OVERVIEW

1. General Page 5 2. Bid Due Date Page 5 3. Bid Award Page 5 4. Bid Submittal Requirements Pages 5 - 6 5. Quantities Page 6 6. Additional Information to be Furnished with Bid Pages 6 - 7 7. Transformer Evaluation and Loss Penalty Pages 7 - 8 8. Shipping Page 8 9. Delivery Page 9 10. Warranty Page 9 11. Spare Parts Page 9 12. Installation Pages 9 - 10 13. Liquidated Damages Page 10

SECTION B: GENERAL PROVISIONS Pages 11 - 23 SECTION C: TECHNICAL SPECIFICATIONS

1.1 General Page 25 1.2 Codes and Standards Page 25 1.3 Ratings Pages 26 - 27 1.4 Design and Construction Pages 28 - 34

A. Mechanical Construction Page 28 B. Core and Windings Pages 28 - 29 C. De-energized Tap Changing Page 29 D. Load Tap Changing Equipment Pages 29 - 30 E. Cooling Equipment and Controls Page 30 F. Insulating Oil Pages 30 - 31 G. Oil Preservation System Page 31 H. Current Transformers Page 31 I. Bushings Page 31 J. Surge Arresters Page 31 K. Terminals Page 31 L. Cabinets Pages 31 - 32 M. Control Power Page 32 N. Auxiliary Power Page 32 O. Wiring Pages 32 - 33 P. Paint Page 33 Q. Alarms and Indicators Pages 33 - 34 R. Accessories Page 34 S. Ground Pads Page 34 T. Neutral Ground Conductor Page 34 U. Spare Parts and Tools Page 34

1.5 Factory Tests Pages 34 - 35

Page 3: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 3 of 51

1.6 Photographs Page 35 1.7 Shipping Page 36

A. Addesmbly Page 36 B. Packing Page 36 C. Weatherproof Page 36 D. Recorder Installation Page 36

1.8 Inspection Page 36 1.9 Installation Page 37 1.10 Field Installation Tests Page 37 1.11 Factory Service Engineer Pages 37 - 38

SECTION D: BID TENDER FORMS

FORM 1 – Bid Tender Form Pages 40 - 43 FORM 2 – Bid Award Notice Form Page 44 FORM 3 - Required Disclosure Form Page 45 FORM 4 - Drug-Free Compliance Form Page 46 FORM 5 - Non-Collusion Affidavit Page 47 FORM 6 - Non-Bankruptcy Affidavit Page 48 FORM 7 – Bid Bond Pages 49-50

Page 4: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 4 of 51

SECTION A: OVERVIEW

Page 5: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 5 of 51

SECTION A: OVERVIEW 1. GENERAL:

It is the intent of this bid document for the City of Jacksonville Beach (“City”) to procure one (1), 230/138 kV, 150/200/250 MVA, Autotransformer with tertiary winding and LTC, together with all appurtenances and spare parts, and including shipping, offloading, and installation and testing services as described herein, for the Sampson Substation of Beaches Energy Services (“BES”). See specification Section 1.3 and Section 1.4 for ratings and detailed technical requirements respectively. The manufacturers, agents, representatives, suppliers or other qualified Bidders on the equipment covered by this proposal are considered to be experts in the manufacture and supply of such equipment, and as experts, should have complete and up-to-date information as to the cost of raw materials, labor and other factors affecting the final price of such equipment. Therefore, a firm price proposal is specifically requested. Bidders are encouraged to visit the site of the proposed work and become fully acquainted with the conditions relating to the construction and labor requirements, so that the Bidder will fully understand the field conditions which may affect the execution of the required work. Bidders shall inform themselves fully of the requirements of applicable Federal, State and local laws, statutes, regulations, standards, permits and other requirements which are incorporated herein by reference and which shall have the same effect as if fully set forth.

2. BID DUE DATE: 2:00 PM WEDNESDAY December 5, 2018

Subject to the terms and conditions specified in this Invitation to Bid, bids will be received until 2:00 P.M., Wednesday, December 5, 2018 then opened publicly by the Property and Procurement Division, 1460A Shetter Avenue, 1st Floor, Jacksonville Beach, Florida 32250.

3. BID AWARD:

This will be a non-exclusive contract. The City intends to award the bid to the lowest responsive, responsible bidder. Lead time/delivery dates may be included in the award decision. In addition, the City Manager, as the City’s representative, in his sole discretion, reserves the right to cancel this bid, to reject any and all bids, to waive any and all informalities and/or irregularities, or to re-advertise with either the identical or revised specifications, if it is deemed to be in the best interest of the City to do so.

4. BID SUBMITTAL REQUIREMENTS:

Submit completed bid package one (1) original plus two (2) copies in one sealed envelope. Packages received without the requested information or quantities may be rejected. It is incumbent upon the bidder to ensure that all copies of the bid package submittals are complete and exact replicas of each other.

Page 6: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 6 of 51

Clearly mark the submittal envelope with the BID number, BID title and Bidder name.

It is incumbent upon the bidder to ensure that bid package submittals are received by the Property and Procurement Division on time. Submissions received after the due date and time will not be considered.

No verbal interpretations will be made of any documents. Requests for such interpretations shall be made in writing or via email at [email protected]. Interpretation will be in the form of an addendum and will be published on the bid section of the City’s website. Bid packages can be obtained from the Property and Procurement Division, 1460A Shetter Avenue, 1st Floor, Jacksonville Beach, Florida 32250, telephone 904-247-6229

5. QUANTITIES:

The City may elect to award a purchase agreement for more or less of any item, and the estimated quantities shall in no way restrict the number of any units purchased.

6. ADDITIONAL INFORMATION TO BE FURNISHED WITH BID:

Autotransformer - Lump Sum price, and completed Bid Tender Form 1.

Delivery time after receipt of order - The Bidder may elect to guarantee a delivery time longer than that set forth in the RFP, which, if accepted by the City, shall establish the time of completion of the contract. The Bidder is specifically advised that the time of completion will be considered in the award of the contract and failure to guarantee the time specified may be cause for rejection of the bid. Manufacturer Name and Location of manufacturing plant - The City reserves the right to reject any equipment manufacturer proposed by the Bidder, if proven satisfactory Experience is not demonstrated.

Subcontractors - Identify any subcontractor(s) proposed to be used, especially for Shipping, Offloading, or Installation and Testing. The City reserves the right to reject any proposed subcontractor based on previous experience with said contractor, without financial impact to the City. Preliminary technical and dimensional data, including guaranteed losses.

Installation and Testing - Lump Sum price. Bidder may also furnish pricing to provide additional field engineer services (as additive alternate). Spare Parts - Lump Sum price. Where spare parts and tools are recommended in addition to those required by the specifications, the Bidder shall attach an itemized listing to the bid, including description, part number, recommended quantity and Prices (as additive alternate). Warranty - Include in Transformer Lump Sum price. If the manufacturer's standard warranty does not satisfy the minimum requirements stated in the technical specifications, an extended warranty will be required, and the bid price submitted shall include any associated cost.

Page 7: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 7 of 51

Bid Security - Bid(s) must be accompanied by a certified check or bid bond in an amount of five percent of the total bid. Experience - The following manufacturers are approved for this Bid:

1. HHI 2. ABB 3. SPX 4. Georgia Transformer

Approved manufacturer’s assembly shall be performed in the United States. All alternate manufacturers must be approved by Beaches Energy Services Technical Standards Representative prior to bid advertisement. Bidder shall submit references and user list to demonstrate proven satisfactory experience of the manufacturer for the equipment proposed, in actual utility application in the United States of America, especially units manufactured for coastal environment. The Bidder shall submit complete, up-to-date and correct information, and shall respond promptly and effectively to any supplemental requests by the City for information not originally provided; to establish to the complete satisfaction of the City that the manufacturer has the necessary facilities, ability, experience, physical and financial resources, and personnel to perform the work in a satisfactory manner within the times specified. Negative reviews of prior experience may be cause for rejection of the bid. Exceptions - List any exceptions to the Technical Specifications, referencing Section number and page or Article (paragraph) number.

7. TRANSFORMER EVALUATION AND LOSS PENALTY: The total evaluated cost of the transformer (TC) being evaluated will be based on the purchase price plus the present value of expected future cost due to core (no load), winding/coil (loaded) losses ,and auxiliary equipment losses. The unit with the lowest evaluated cost will be the most economical unit purchase. The formula to be used to determine the evaluated cost is: TC = Purchase price + 7,903 * core loss + 2,104 * coil loss Any transformer which is tested and found to have losses greater than the guaranteed losses stated in the Proposal Data Sheets shall have its contract price reduced. The price reduction shall be the difference between the guaranteed total losses and the actual (tested) total losses multiplied by the adjusted energy cost. The formula to be used to determine the penalty cost (PC) is: PC = (ACL – GCL)*7,903 + (AWL – GWL)*2,104 Where: ACL = Actual core loss GCL = Guaranteed core loss AWL = Actual coil loss

Page 8: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 8 of 51

GWL = guaranteed coil loss No credit will be given to the Contractor if the measured losses are less than the guaranteed values.

8. SHIPPING: The Manufacturer shall ship the Autotransformer “FOB Destination” to the designated substation site, freight prepaid and allowed. Site Address:

Sampson Substation No.1 Beaches Energy Services 2725 C.R. 210W, St. Johns, FL 32259 904-247-6171

The Manufacturer shall assume responsibility for safe arrival of the Autotransformer and shall handle all claims, if damaged in transit. Prior to shipment, the Manufacturer shall provide BES with a complete packing list of all the items to be shipped in order for BES to verify complete shipment. All equipment furnished which requires packaging shall be labeled with the following information:

City P.O. Number Substation Name Item Number per Manufacturer’s Bill of Material Content Description

Autotransformer shall be delivered to the substation site and offloaded to the owner- furnished foundation by the Manufacturer or their designated agent. With shipment the Manufacturer shall furnish any special tools required for Autotransformer assembly and installation, and shall furnish touch-up paint to match any painted surfaces. These items shall be packed separately and marked with descriptive information and the City P.O. number. Packages of any supplemental parts or materials shall be shipped either on pallets or bundled in an acceptable manner for off-loading. Packing shall be such as to adequately protect the contents from any damage that might reasonably encountered during transportation and handling. Packing crates shall be sturdy enough to withstand up to one (1) year of outdoor storage without deterioration of crates or damage to the contents. Any packages that require indoor storage shall be clearly marked to that effect. Bushings shall be covered with plastic wrap, to prevent damage or contamination during transportation.

Page 9: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 9 of 51

9. DELIVERY: The Autotransformer shall be delivered to the BES designated substation site during normal BES hours of business. The Manufacturer shall coordinate with BES for site access and for receipt and offloading of supplemental packages. Notice of at least 48 hours (not counting weekends and holidays) must be given prior to delivery to enable BES to make necessary arrangements. Notice will be given to:

Matt Campbell Construction & Maintenance Supervisor Beaches Energy Services City of Jacksonville Beach 1460 Shetter Ave. Jacksonville Beach, FL 32250 (904) 233-9253 (Delivery Section)

10. WARRANTY:

The Autotransformer Manufacturer’s warranty period shall extend a minimum of five years from the date of delivery, and shall include all parts of the Autotransformer regardless of original manufacturer. Furnish warranty information with the Bid. If standard warranty is shorter, Bid price shall include extending the warranty to meet requirements of this paragraph.

11. SPARE PARTS: The City reserves the right to purchase any or all of the spare parts on the spare parts list. Only those parts meeting inventory requirements will be purchased. All spare parts and tools purchased shall be furnished with first shipment. Spare parts which are sensitive to humidity shall be sealed in appropriate airtight containers complete with desiccant.

12. INSTALLATION: The Bidder shall assume that there will be a period of time between completion of the assembly services and the start of field testing services. In addition to the required assembly and testing services, the Manufacturer has to provide the services of a Field Engineer at the job site for one (1), eight (8) - hour day to instruct owner’s personnel in the proper operation, adjustment, test and maintenance of the transformer. The cost of these additional Field Engineer services shall be quoted separately in the Bid. This price will be used in the evaluation of the contract price. The Field Engineer shall be thoroughly knowledgeable and experienced in the installation, operation and maintenance of the Autotransformer.

Page 10: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 10 of 51

If requested, the Field Engineer shall inspect the equipment to verify that it has been installed properly and shall supervise and assist in placing the Autotransformer in operation. If awarded under a Purchase Order, the City reserves the right to later delete the services of the Field Engineer or any part thereof before services are provided, and to deduct that amount from the payment schedule.

13. LIQUIDATED DAMAGES: Delivery, off-loading, assembly and filling with insulating oil (“substantial completion”) is required no earlier than October 15, 2019 and no later than November 15, 2019, unless modified by City in writing. The Manufacturer shall pay the City $1,584 in liquidated damages for each business day that expires after the date specified for substantial completion, until the work is substantially complete. The City shall have the right to deduct liquidated damages from any funds due, or to become due, to the Manufacturer, or to initiate applicable dispute resolution procedures and to recover liquidated damages for non-performance within the time stipulated.

Page 11: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 11 of 51

SECTION B:

GENERAL PROVISIONS

Page 12: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 12 of 51

1. INSTRUCTIONS TO BIDDERS: Technical Specifications that are explicit to this particular Bid Number 1819-01 are found in

SECTION C, which begins on page 24. The Minimal Bid Package shall consist of the following:

Bidder’s profile and submittal letter Form 1: Bid Tender Form Form 2: Bid Award Notice Form 3: Required Disclosure Form 4: Drug-Free Workplace Compliance Form 5: Non-Collusion Affidavit Form 6: Non-Bankruptcy Affidavit Form 7: Bid Bond

All forms must be completely filled out, appropriately executed and submitted as part of the bid package. These start on page 40.

Failure to comply with the requirements of this paragraph may be construed by the CITY as proper grounds for disqualifying any bid at the CITY’s sole discretion.

2. TERMS AND CONDITIONS:

A. General. It is the purpose and intent of this bid to secure the supplies and/or services listed herein for the City of Jacksonville Beach, Jacksonville Beach, Florida, hereinafter called the “CITY.”

B. Time for CITY Acceptance. Unless otherwise specified herein, the submitter will allow sixty

(60) days from the last date for the receiving of bids for acceptance of its submittals by the CITY.

C. Effective Contract Term Start Date. The effective contract term start date shall be the date of

award by the CITY or date of Notice to Proceed, whichever is later.

D. Extension of Contract. If the CITY should advertise for proposals, the contract resulting from this Bid shall automatically be extended month-to-month past its term end date. This will allow the CITY to receive and assess proposals, to award a new contract, and to ensure a smooth, cooperative and seamless transition between contractors; to minimize impact and disruption to customers; and, to maintain safety and health standards.

E. Contract Termination. Subject to a thirty (30) day written notice, the CITY reserves the right to

terminate the resulting contract for the following causes: 1) The CONTRACTOR fails to perform the work in a satisfactory manner as determined by the

CITY. 2) The CONTRACTOR fails to perform the work in a timely manner as determined by the

CITY. 3) For convenience. By the CITY, effective upon the receipt of notice by CONTRACTOR. The

CITY's performance and obligation to pay under this Agreement is contingent upon annual appropriations.

Page 13: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 13 of 51

F. Award.

1) The CITY reserves the right to waive informalities, to reject any and all bids, in whole or in part, and to accept the bid(s) that in its judgment will best serve the interest of the CITY.

2) The CITY specifically reserves the right to reject any conditional bid and will normally reject those that make it impossible to determine the true amount of the submittal. Each item must be itemized separately and no attempt shall be made to tie any item or items together.

G. Inspection. All supplies and workmanship shall be subject to inspection and test after arrival at

destination. In case any articles are found to be defective, or otherwise not in conformity with the specification requirement, the CITY shall have the right to reject such articles.

H. Payments. The Contractor shall be paid, upon the submission of invoices in triplicate, the prices

stipulated herein for articles delivered and accepted. Invoices must show Purchase Order Number.

3. ADDITIONAL INFORMATION:

The information in this bid package is provided to facilitate bids. Much effort was made to provide necessary and accurate information, but the CITY is not to be penalized for any lack of completeness. If you require further information regarding this submittal, please contact Luis F. Flores, Property and Procurement Officer, in the Property and Procurement Division via email at [email protected].

4. ADDENDA TO THE BID:

If any addenda are issued to this bid, a good faith attempt will be made to deliver a copy to each of the bidders, who, according to the records of the Property and Procurement Division previously requested a copy of this bid. However, prior to submitting a bid, it shall be the responsibility of the respondent to contact the CITY’s Property and Procurement Division at [email protected] to determine if any addenda were issued and if so, to obtain such addenda for attachment to, and consideration with, the bid. Bidders should either acknowledge receipt of such addenda on their bid, or attach such addenda to their bid. Additionally, all documents associated with this bid are available on the CITY’s webpage:

http://www.jacksonvillebeach.org/government/departments/finance/bidrfp-rfq-listings

5. USE OF BID RESPONSE FORMS:

All bids must include the completed Bid Tender Form provided in this package, and all questions must be answered. Bids may not be accepted where the Bid Tender Form has been retyped or altered by the Bidder. Failure to comply may preclude consideration of the bid. Supplemental information may be attached to the Bid Tender Form.

6. DEVIATIONS FROM REQUESTED PLAN:

The contract terms and conditions stipulated in this bid are those required by the CITY. Bidders are required to submit their bid, which complies with the requested services. Any deviations

Page 14: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 14 of 51

from the services requested should be clearly noted. 7. CONFLICT WITH SPECIMEN CONTRACTS:

Unless specifically noted to the contrary as a deviation from the bid, the submission of bidder’s specimen contract with a bidder’s bid submittal shall not constitute notice of the bidder’s intent to deviate from the bid in a restrictive manner. Unless specifically noted otherwise, the attachment of the bidder’s specimen contract shall be deemed to be an offer in at least full compliance with the bid, and the bidder expressly agrees to reform said contract to the extent inconsistent in a restrictive manner from the bid. That is, submission of a bidder’s contract shall be deemed solely an offer of supplemental terms and conditions not otherwise addressed in the bid or a broadening of terms and conditions to the benefit of the CITY beyond that required by the bid.

8. ERRORS IN SUBMITTALS:

Bidders shall fully inform themselves as to the conditions, requirements and specifications before submitting the bid. Failure to do so will be at the bidder’s own risk, and a bidder cannot secure relief on a plea of error. Neither law nor regulations make allowance for errors either of omission or commission on the part of the bidders.

9. LEGAL AND REGULATORY COMPLIANCE:

The bidder must agree to comply with all applicable federal, state and local laws, ordinances, rules and regulations as the same exist and as may be amended from time to time, including, but not limited to the Public Records Law, Chapter 119, Florida Statutes. In accordance with Section 119.0701, Florida Statutes, the following provisions are included in this contract:

IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT THE CITY OF JACKSONVILLE BEACH, CITY CLERK’S OFFICE:

TELEPHONE NUMBER: 904-247-6250 EXT # 10 EMAIL ADDRESS: [email protected] MAILING ADDRESS: 11 NORTH THIRD STREET JACKSONVILLE BEACH, FL 32250

10. CANCELLATION/NON-RENEWAL/ADVERSE CHANGE/RATE INCREASE NOTICE:

The CITY should be given at least a 90-day notice of cancellation, non-renewal, adverse change or increase in rates. (If applicable) N/A

11. WAIVER/REJECTION OF BIDS:

The CITY reserves the right to waive formalities or informalities in bids and to reject any or all bids or portions of bids, or to accept any bids or portions of bids deemed to be in the best

Page 15: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 15 of 51

interest(s) of the CITY or to negotiate or not negotiate with the bidder. 12. AUTHORIZED OFFER:

The person submitting the bid should indicate the extent of authorization by the Company to make a valid offer in the bid summary that may be accepted by the CITY to form a valid and binding contract.

If the person submitting the bid is not authorized to submit a bid that can be bound by CITY acceptance, such a person should also obtain the signature of an authorized representative of the bidder’s firm, that may result in a bound contract upon the CITY’s acceptance.

13. EVALUATION OF BIDS:

The CITY will evaluate each bid based on all the criteria set forth in the bid. Fees may be requested as part of the bid package. However, if fees are requested, the CITY reserves the right at its sole discretion to exclude the fees from the evaluation process. The evaluation process will consider all other requested criteria to determine which firm is the most highly qualified to perform the required services.

14. USE OF BID BY OTHER AGENCIES:

It is hereby made a part of this bid that the submission of any bid response to the advertisement request constitutes a bid made under the same terms and conditions, for the same contract price, to other government agencies if agreeable by the submitter and the government agency.

At the option of the vendor/contractor, the use of the contract resulting from this solicitation may be extended to other governmental agencies including the State of Florida, its agencies, political subdivisions, counties and cities.

Each governmental agency allowed by the vendor/contractor to use this contract shall do so independent of any other governmental entity. Each agency shall be responsible for its own purchases and shall be liable only for goods or services ordered, received and accepted. No agency receives any liability by virtue of this bid and subsequent contract award.

15. PUBLIC ENTITY CRIMES STATEMENT:

A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit a bid on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, sub-contractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list.

Page 16: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 16 of 51

16. CONFLICT OF INTEREST CERTIFICATE:

All solicitations once advertised, and until the appropriate authority has approved an award recommendation, are under the “Cone of Silence”. This limits and requires documentation of communications between potential proposers and/or proposers on City solicitations, the City’s professional staff, and the City Council members.

Any lobbying by or on behalf of the bidder will result in rejection/disqualification of said bid. Bidders shall refrain from any contact with City Council members and staff or the Evaluation Committee regarding this bid.

DURING THE PERIOD BETWEEN BID SUBMISSION DATE AND THE BID AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DIRECTLY DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF JACKSONVILLE BEACH PROPERTY AND PROCUREMENT DIVISON IN THE COURSE OF CITY-SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS.

This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Its purpose is to stimulate competition, prevent favoritism and secure the best work and materials at the lowest practicable price, for the best interests and benefit of the taxpayers and property owners. Violation of this provision may result in rejection of the bidder's bid.

17. DISCRIMINATION CLAUSE:

An entity or affiliate who has been placed on the discriminatory vendor list may not submit on a contract to provide goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not award or perform work as a contractor, supplier, sub-contractor, or consultant under contract with any public entity, and may not transact business with any public entity.

18. SAFETY REQUIREMENTS FOR CONTRACTORS PROVIDING SERVICES TO CITY:

A. The Contractor shall comply with all Federal/State Occupational Safety and Health Act (OSHA) Standards including 29 CFR 1910 and any other rules and regulations applicable to construction and maintenance activities in the State of Florida. The Contractor shall also comply with Chapter 442, Florida Statutes (Toxic Substances in the Workplace) and any county or city or any other agency’s rules and regulations regarding safety. The Contractor must employ all possible means to prevent contamination or pollution of air, waterways and soil.

B. The CITY’s safety personnel or any supervisor or inspector may, but is not required to, order

that the work be stopped if a condition of immediate danger is found to exist. Nothing contained herein shall be construed to shift responsibility or risk of loss for injuries or damage sustained as a result of a violation of this Article from the Contractor to the CITY; and the

Page 17: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 17 of 51

Contractor shall remain solely and exclusively responsible for compliance with all safety requirements and for the safety of all persons and property at the project site.

C. The parties hereto expressly agree that the obligation to comply with applicable safety

provisions is a material provision of this contract and a duty of the contractor. The CITY reserves the right to require demonstration of compliance with the safety provisions of this contract. The parties agree that such failure is deemed to be a material breach of this agreement; and the Contractor agrees that upon such breach, all work pursuant to the contract shall terminate until demonstration to the CITY that the safety provisions of this agreement have been complied with. In no event shall action or failure to act on the part of the CITY be construed as a duty to enforce the safety provisions of this agreement nor shall it be construed to create liability for the CITY for any act or failure to act in respect to the safety provisions of this agreement.

19. INSURANCE REQUIREMENTS:

19. (A) GENERAL INSURANCE PROVISIONS

Hold Harmless: The City shall be held harmless against all claims for bodily injury, disease, death, personal injury, and damage to property or loss of use resulting there from, to the extent caused by the Contractor, unless such claims are a result of the City’s sole negligence.

Payment on Behalf of the City: The Contractor agrees to pay on behalf of the City, the City’s legal defense, for all claims described herein.

Such payment on behalf of the City shall be in addition to all other legal remedies available to the City and shall not be considered to be the City’s exclusive remedy.

Loss Control/Safety: Precaution shall be exercised at all times by the Contractor for the protection of all persons, employees, and property. The Contractor shall comply with all laws, regulations and ordinances related to safety and health, shall make special efforts to detect hazardous conditions, and shall take prompt action where loss control and safety measures should reasonably be expected.

19. (B) PROOF OF CARRIAGE OF INSURANCE & NAMING CITY AS ADDITIONAL

INSURED

The Contractor shall furnish the City with satisfactory proof of carriage of insurance required herein. The Contractor shall name the City of Jacksonville Beach (City) as additional insured on the Contractor’s, and any sub-consultant or sub-contractor’s Public Liability, Property Damage and Comprehensive Automobile Liability Insurance Policies. The additional insured shall be provided the same coverage as the primary insured for losses arising from work performed by the Contractor or its sub-consultants or sub-contractors. The proof of carriage or a copy of all policies shall be required prior to commencement of any work under this Contract.

The CITY may order work to be stopped if conditions exist that present immediate danger to persons or property. The CONTRACTOR acknowledges that such stoppage will not shift responsibility for any damages from the CONTRACTOR to the Organization.

Page 18: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 18 of 51

19. (C) COVERAGE REQUIREMENTS:

Basic Coverages Required: During the term of this contract, the Contractor shall procure and maintain the following-described insurance and/or self-insurance except for coverage’s specifically waived by the City. All policies and insurers must be acceptable to the City.

These insurance requirements shall not limit the liability of the Contractor. The City does not represent these types of amounts of insurance to be sufficient or adequate to protect the Contractor’s interests or liabilities, but are merely minimums.

All insurers must carry a current A M Best rating of at least A-

Worker's Compensation Coverage is required.

The CONTRACTOR and all subcontractors shall purchase and maintain worker's compensation insurance for all workers’ compensation obligations imposed by state law and employer’s liability limits of at least $100,000 each accident, $100,000 each employee and $500,000 policy limit for disease.

The CONTRACTOR and all subcontractors shall also purchase any other coverage required by law for the benefit of employees.

General Liability Coverage is required for Contractor and all subcontractors.

Commercial General Liability in Occurrence Form.

Coverage A shall include Bodily Injury and Property Damage coverage for liability claims arising from premises, operations, contractual liability, independent Contractors, products and complete operations and including but not limited to coverage for claims resulting from explosion, collapse, or underground (x,c,u) exposures (if any).

Coverage B shall include personal injury and is required.

Coverage C, medical payments is not required.

Amounts: Bodily Injury: $1,000,000 each occurrence

$1,000,000 Aggregate

Property Damage: $1,000,000 each occurrence $1,000,000 aggregate

Products and Completed Operations are required for Contractor and all subcontractors.

Amount: $1,000,000 aggregate

Business Auto Liability Coverage is required for Contractor and all subcontractors.

Business Auto Liability Coverage is to include bodily injury and property damage arising out of ownership, maintenance or use of any auto, including owned, non-owned and hired

Page 19: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 19 of 51

automobiles and employee non-ownership use.

Amounts: Bodily Injury: $1,000,000 Each Occurrence $1,000,000 Aggregate Property Damage: $1,000,000 Each Occurrence $1,000,000 Aggregate

Professional Liability is required for Contractor and all sub-contractors

Pollution Liability Required of Contractor and all subcontractors.

The City requires Pollution/Environmental Liability insurance covering cleanup costs including on-site discovery and third party liability, on-site and off-site third party pollution liability coverage, natural resources damage coverage.

Limits of Liability: $1,000,000 Each Pollution Event Limit $1,000,000 Aggregate Policy Limit

Excess or Umbrella Liability Coverage.

Umbrella Liability insurance is preferred, but an Excess Liability equivalent may be allowed. Whichever type of coverage is provided, it shall not be more restrictive than the underlying insurance policy coverages.

Limits of Liability: $1,000,000 Each Occurrence $1,000,000 Aggregate

Claims Made Coverage – No Gap

If any of the required professional or pollution liability insurance is provided on a “claims made” form, such coverage shall extend for a period of not less than 36 months following completion of the contract. In the event of termination of claims made policy, extended coverage may be provided by assurance that extended discovery coverage of at least 36 months will be purchased from the expiring insurer, or by assurance that the succeeding insurer will provide retroactive coverage with an inception date of at least on or before the effective date of this contract.

19. (D) CERTIFICATES OF INSURANCE OF CONTRACTOR AND ALL SUBCONTRACTORS.

Required insurance shall be documented in Certificates of Insurance which provide that the CITY shall be notified at least 30 days in advance of cancellation, nonrenewal or adverse change.

New Certificates of Insurance are to be provided to the CITY at least 15 days prior to coverage renewals.

If requested by the CITY, the CONTRACTOR shall furnish complete copies of the CONTRACTOR's insurance policies, forms and endorsements.

Page 20: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 20 of 51

For Commercial General Liability coverage, the Contractor shall at the option of the City, provide an indication of the amount of claims, payments, or reserves chargeable to the aggregate amount of liability coverage.

NOTE: Any sub-contractors approved by the City shall be required to provide proof of insurance identical in amounts as required by the contact to perform related services. All coverages shall name the City as “additional insured”.

Receipt of certificates or other documents of insurance or policies or copies of policies by the City, or by any of its representatives, which indicate less coverage than required will not constitute a waiver of the successful bidder(s)’ obligation to fulfill the insurance requirements herein.

20. PERFORMANCE AND PAYMENT BONDS: N/A

Simultaneously with his delivery of the executed contract to the CITY, a bidder, to whom a contract has been awarded, must deliver to the CITY executed Performance and Payment Bonds on the prescribed forms each in an amount of one-hundred percent (100%) of the total amount of the accepted Bid/Bid, as security for the faithful performance of the contract and for the payment of all persons performing labor or furnishing materials or equipment in connection therewith. The Performance and Payment Bonds shall have as the surety thereon only such surety company or companies as are authorized to write bonds of such character and amount under the laws of the State of Florida and with a resident agent in the county in which the project is located. The Attorney-in-Fact or other officer who signs the Performance and Payment Bonds for a surety company must file with such bonds a certified copy of his Power-of-Attorney authorizing him to do so.

The Performance and Payment Bonds shall remain in force for one (1) year from the date of final acceptance of the work as a protection to the CITY against losses resulting from latent defects in materials or improper performance of work under contract, which may appear or be discovered during that period. N/A

21. BID SECURITY:

A. Each Bid must be accompanied by a Cashier’s Check or Bid Bond (See attached FORM 7) in an amount not less than five percent (5%) of the amount of the bid. The bid security of all Bidders will be returned within ten (10) days after the CITY and the accepted Bidder(s) have executed the written Contract(s). If thirty (30) days have passed after the date of the opening of the bids and no Contract(s) has been awarded, the bid security of any Bidder will be returned on demand, provided the Bidder has not been notified of the acceptance of its Bid.

B. Attorneys-in-Fact who sign Bid Bonds must file with such bonds a certified copy of their Power

of Attorney to sign the Bonds.

C. Failure of any accepted Bidder to execute a contract and file acceptable bonds as provided herein within ten (10) days after a written Notice of Award has been given shall be just cause for the annulment of the award and forfeiture of the bid security to the CITY, which forfeiture shall be considered not as a penalty, but in liquidation of damages sustained. Award may then be made to

Page 21: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 21 of 51

another Bidder or all Bids may be rejected.

22. BANKRUPTCY:

No firm will be issued a contract for the work, where a key representative has filed for bankruptcy personally or has been a CITY/officer or principal of a firm, which has filed bankruptcy in the past seven (7) years. Attached is a Non-Bankruptcy Affidavit form. All submitted bids must include this form executed by the proper representative of the bidder company.

23. NONEXCLUSIVE:

Notwithstanding the contract resulting from this bid, the CITY reserves the right to follow its normal purchasing procedures at any time to procure additional services for any of the types of work noted in this bid. Contractor agrees and understands that the contract shall not be construed as an exclusive arrangement and further agrees that the City may, at any time, secure similar or identical services at its sole option.

24. DRUG FREE WORKPLACE COMPLIANCE FORM:

Attached is a Drug Free Workplace Compliance Form. All submitted bids must include this form executed by the proper representative of your company. (See attached Form 4).

25. WARRANTY:

All warranties express and implied shall be made available to the City for goods and services covered by this solicitation. All goods furnished shall be fully guaranteed by the successful bidder against factory defects and workmanship. At no expense to the City, the successful bidder shall correct any and all apparent and latent defects that may occur within the manufacturer’s standard warranty. The costs for removal of defective equipment and re-installation of repaired or replaced equipment shall be at the supplier’s expense.

26. PROTEST:

A recommendation for contract award or rejection of award may be protested by a bidder. The bidder may file a written protest with the City Clerk’s office. The bidder shall file its written protest with the City Clerk, Monday through Friday, between the hours of 8:00 a.m. and 5:00 p.m., excluding legal holidays. Protests shall contain the name, address, and phone number of the petitioner, name of the petitioner’s representative (if any), and the title and bid number of the solicitation. The protest shall specifically describe the subject matter, facts giving rise to the protest, and the action requested from the City.

The written protest must be received no later than seventy-two (72) consecutive hours (excluding Saturdays, Sundays, and legal holidays) after the time of award posting. Failure to file a timely formal written protest within the time period specified shall constitute a waiver by the bidder of all rights of protest under this procedure.

In the event of a timely protest, the City shall not proceed further with award of the contract and

Page 22: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 22 of 51

agreement until all administrative remedies are exhausted, or until the City Manager determines the award of the contract is immediately necessary to protect the public health, welfare, or safety.

27. FRAUD AND MISREPRESENTATION:

Any individual, corporation, or other entity that attempts to meet its contractual obligations with the City through fraud, misrepresentation, or material misstatement, may be debarred for up to five (5) years. The City, as a further sanction, may terminate or cancel any other contracts with such individual, corporation, or entity. Such individual or entity shall be responsible for all direct or indirect costs associated with termination or cancellation, including attorney’s fees.

28. OMISSIONS IN SPECIFICATIONS:

The scope of services or description of items contained within this solicitation describes the various functions and classes of work required as necessary for the completion of the project. Any omissions of inherent technical functions or classes of work within the specifications and/or statement of work shall not relieve the bidder from furnishing, installing, or performing such work where required to the satisfactory completion of the project.

29. FORCE MAJEURE:

The City and the successful bidder are excused from the performance of their respective obligations under the contract when and to the extent that their performance is delayed or prevented by any circumstances beyond their control, including fire, flood, explosion, strikes or other labor disputes, natural disasters, public emergency, war, riot, civil commotion, malicious damage, act or omission of any governmental authority, delay or failure or shortage of any type of transportation, equipment, or service from a public utility needed for their performance provided that:

a) The non-performing party gives the other party prompt written notice describing the particulars of the force majeure, including, but not limited to, the nature of the occurrence and its expected duration, and continues to furnish timely reports with respect thereto during the period of the force majeure.

b) The excuse of performance is of no greater scope and of no longer duration than is required by the force majeure.

c) No obligations of either party that arose before the force majeure causing the excuse of performance are excused as a result of the force majeure.

d) The non-performing party uses its best efforts to remedy its inability to perform.

Notwithstanding the above, performance shall not be excused under this section for a period in excess of two (2) months, provided that in extenuating circumstances, the City may excuse performance for a longer term. Economic hardship of the successful bidder shall not constitute a force majeure. The term of the contract shall be extended by a period equal to that during which either party’s performance is suspended under this section.

30. BID AWARD NOTICE FORM:

Attached is a Bid Award Notice Form. All submitted bids are to include this form to be notified of the recommendation of award. (See attached Form 2).

Page 23: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 23 of 51

31. INDEMNIFICATION:

The firm, without exception, shall indemnify and hold harmless the City of Jacksonville Beach, its officers, agents, and employees from any and all liability of any nature and kind including costs and expenses for, or on account of, any copyrighted materials, patented or unpatented invention processes, or article manufactured or used in relation to this bid. If the firm uses any design, device, or material covered by letters-of-patent or copyright, it is mutually agreed and understood, without exception, that the fees charged by the firm shall include all royalties or costs arising from the use of such design, device, or material.

Page 24: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 24 of 51

SECTION C:

TECHNICAL SPECIFICATIONS

Page 25: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 25 of 51

POWER AUTOTRANSFORMER SPECIFICATION

1.1 GENERAL

This specification covers furnishing a power autotransformer, delivery to the site, installation, and field testing. The autotransformer shall be complete with surge arresters, insulating oil and all accessories, ready for immediate service.

The transformer shall comply with the United States Federal Trade Commission’s Made in USA standard.

1.2 CODES AND STANDARDS

ANSI American National Standards Institute ASTM American Society for Testing and Materials AISC American Institute of Steel Construction AISI American Iron and Steel Institute AWS American Welding Society CFR Code of Federal Regulations NEMA National Electrical Manufacturers Association MBMA Metal Building Manufacturers Association IEEE Institute of Electrical and Electronics Engineers, Inc. NESC National Electrical Safety Code NEC National Electrical Code ICEA Insulated Cable Engineers Association NFPA National Fire Protection Association NETA Inter-National Electrical Testing Association OSHA Occupational Safety and Health Administration

Page 26: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 26 of 51

1.3 RATINGS

The autotransformer shall have the following ratings:

Number of phases: Three

Winding configuration: Autotransformer with tertiary

Voltage: 230000/138000/ Volts

Frequency: 60 hertz

Coolant: Insulating Oil

Cooling class: ONAN/ONAF/ONAF

230000 Volt MVA rating: 150/200/250 MVA continuous at 65 C rise

138000 Volt MVA rating: 150/200/250 MVA continuous at 65 C rise

BIL: High Voltage: 900 kVolts

Low Voltage: 650 kVolts

Ho/Xo: 150 kVolts

Tertiary (Y) connection: delta

Neutral (Ho/Xo): solidly grounded

Color of bushings: ANSI 70 gray

Sound level: Shall not exceed NEMA TR1:

De-energized tap changer: Location: H windings

Nominal voltage: 230000 Volts

Range: +5% and -5%, 2 steps above, 2 steps

below

On load tap changer: Location: X windings

Nominal voltage: 138000 Volts

Range: +10% and -10%, 16 steps above, 16 steps

Below

Surge arresters: H1,H2,H3: Type: Station class Duty cycle: 192 kV MCOV: 152 kV Pressure relief: 63 kA

X1,X2,X3: Type: Station class Duty cycle: 120 kV MCOV: 98 kV Pressure relief: 63 kA

Page 27: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 27 of 51

Current Transformers: Location

Ampere Ratio (specify if MR)

Qty. Location

Accuracy Class

HV bushings 600:5 MR 3 Outer C800 600:5 MR 3 Mid C800 1200:5 MR 3 Mid C800 2000:5 MR 3 Inner C800 LV bushings 1200:5 MR 3 Outer C800 1200:5 MR 3 Mid C800 2000:5 MR 3 Mid C800 2000:5 MR 3 Inner C800 TV Internal 1200:5 MR 2 C800 Neutral bushing 1200:5 MR 1 C800 Tank Ground 1200:5 MR 2 Opposite Corners C800

Page 28: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 28 of 51

1.4 DESIGN AND CONSTRUCTION

The workmanship, design and materials shall be of the highest quality and suitable for the application. The material shall be new, of proven manufacture, and free of defects.

The autotransformer shall be designed and constructed to withstand, without mechanical damage, the effects of external short circuits, as specified in IEEE C57.12.00, IEEE C57.12.90, and IEEE C57.109. Conformance to this requirement shall be demonstrated by furnishing certified test data on a tested autotransformer with core and coil of similar design and construction.

The current carrying capability of the autotransformer shall be limited only by the capacity of the core and coils, not by the capacity of other current carrying components such as bushings and tap changers.

A. Mechanical Construction

The transformer tank shall conform to the requirements of ANSI C57.12.10. All tanks, bases, radiators, covers, junction boxes, and any other attached compartments shall be fabricated from steel of sufficient strength to withstand normal transportation, installation, and service stresses without distortion or damage to any part. Field installation shall not require any welding.

The autotransformer tank shall be rectangular and made of welded steel plate construction. Welding shall comply with applicable requirements of the latest codes of the American Welding Society. All tanks shall be suitable for vacuum filling in the field.

The tank design shall be such that ventilation is provided between the concrete foundation and the bottom of the tank. The base shall not have a continuous plate on the bottom side. Design of the tank shall be such that the bottom is accessible for inspection after installation. The base shall be designed for direct placement on the Owner’s foundation without the use of additional rails or supports.

The base shall be suitable to allow skidding or moving on rollers in any direction. The autotransformer shall be provided with lifting eyes, pulling eyes, and jacking pads suitable for jacking the complete autotransformer filled with oil. Dimensions of the jacking pads shall be shown on the autotransformer outline drawing. Autotransformer outline drawings shall show the center of gravity for shipping and installation of the autotransformer.

Hand-holes or manholes in the cover shall be provided as necessary for inspection and installation. Minimum inside diameter of manholes shall be 20 inches. Hand-holes or manholes of sufficient size shall be provided to permit the removal of bushing current transformers.

The tank cover shall be designed to shed water. A stainless steel bar of sufficient strength shall be secured laterally along the center line of the tank cover, for attachment of fall protection devices.

A stainless steel name and diagram plate describing the unit, its taps and ratings, with schematic diagrams, shall be furnished and attached to the tank at not more than five feet above the top of the concrete pad. Screws, if used to attach name and diagram plate, shall be stainless steel.

The tank shall be furnished with a combination oil drain, sampling, and lower filter press valve and upper filter press valve. A vacuum filling connection shall be furnished on the cover.

B. Core and Windings

The core shall be rigidly clamped with the electrical centers of all coils in line in a manner that prevents deteriorating vibrations, interference with oil circulation, objectionable noise conditions, and short circuit and shipment distortions. The core shall be securely grounded to the tank. The core ground connection shall be detachable and made in an externally located terminal box, accessible without making entry into the main tank.

Page 29: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 29 of 51

The transformer core shall be constructed in accordance with the applicable sections of ASTM A876 and ASTM A976 of the highest quality, non-aging, cold-rolled, grain-oriented, stress-free, thin, silicon-steel laminations having high permeability and low hysteresis loss. The steel shall be properly annealed and have smooth surfaces at the edges. Each sheet shall have an insulated surface which is impervious to hot transformer oil.

The autotransformer windings shall be designed and tested to withstand impulse test voltages in accordance with IEEE Standard C57.12.00. The windings shall be made of copper and shall be circular.

Coils shall be made up, shaped, and braced to provide for expansion and contraction due to temperature changes caused by abnormal operating conditions. Adequate insulation to withstand proper dielectric strength per IEEE shall be provided between windings and the core.

C. De-energized Tap Changing The autotransformer shall be provided with a de-energized tap changer located in the H voltage winding and supplied with tap voltages of 105/102.5/100/97.5/95 per cent rated voltage.

The operating handle shall have provisions for locking and shall be located to allow operation from the ground. The tap position indicator shall be clearly visible from the operating handle location. The Manufacturer shall provide a maintenance schedule for the de-energized tap changer.

A stainless steel plate, stating "WARNING – Do Not Operate This Tap Changer When Autotransformer is Energized", shall be permanently attached to the tank located next to the operating handle.

D. Load Tap Changing Equipment

Automatic LTC equipment shall be provided for automatic operation of the X voltage taps and shall have 10 percent plus and 10 percent minus adjustment of the voltage rating of the X voltage windings. The voltage change shall have 16 steps above and 16 steps below rated voltage.

The LTC equipment shall maintain full capacity MVA at all tap positions above rated voltage and not less than rated current at all tap positions below rated voltage. Limit switch and stops to prevent travel beyond extreme tap positions shall be provided.

In the case of a liquid immersed arcing switch, provision shall be made for the escape of gas produced by the arcing. The compartment shall be equipped with desiccant filtered ventilation.

The tap changer shall be designed to provide at least 500,000 operations at full load current at the maximum nameplate rating before contact replacement.

Equipment for the automatic and manual control of the load tap changing equipment shall be furnished in a weatherproof cabinet mounted near the tap changing compartment in a location to allow access and operation from the ground.

The tap changing equipment shall be designed for parallel operation with existing and future autotransformers. All equipment required for control of the load tap changer using the circulating current method of control shall be furnished. The LTC shall be controlled by a Beckwith M-2001D and shall include a voltage regulating relay and line drop compensator.

The 120 VAC reference voltage for the LTC controls will be obtained from an Owner-supplied voltage transformer in the substation. All internal wiring required to interface with external wiring shall be terminated on terminal blocks.

The LTC equipment shall have a tap selector, an automatic/manual control selector, and a selector for parallel or individual operation. There shall be a position indicator with drag hands to indicate maximum tap position travel, with reset in the control cabinet. There shall be an operation counter in the cabinet.

Page 30: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 30 of 51

The local position indicator shall be calibrated L (lower) - N - R (Raise). The position indicator shall be visible to the operator at the control switch for the drive motor. The indicator shall be mechanically driven directly from the drive mechanism without auxiliary devices.

It shall be possible for the Owner to install complete supervisory control and indication. All necessary terminals, etc., shall be provided at this time. A remote tap position indicator shall be furnished for mounting on the Owner's remote control panel. Provisions for remote indication of the tap position at a remote terminal unit for the supervisory control and data acquisition system shall also be furnished.

A stainless steel nameplate shall be permanently mounted on the outside of the LTC control cabinet. A duplicate nameplate shall be mounted inside the cabinet next to the raise and lower controls.

E. Cooling Equipment and Controls

The autotransformer shall be furnished with integral-mounted, removable equipment to provide the required cooling capacity to maintain the specified autotransformer rating.

The autotransformer shall be furnished with detachable radiators with provisions to drain each individual radiator unit and with shut-off valves located between each radiator and the main tank or header at both top and bottom connections. Valves shall be repairable without requiring a person to enter the autotransformer tank. Radiator flanges shall be supplied and arranged such that radiators may be mounted or removed for repair.

Manual control switches shall be provided in the control cabinet to allow testing and maintenance of the cooling fans. Controls shall provide for changing the sequence of fan groups.

Cooling fans shall be located a minimum of 610mm (2 feet) above the base of the autotransformer. Guards shall be placed over fan blades to provide personnel protection.

F. Insulating Oil

A sufficient quantity of new insulating oil for complete filling to the recommended level shall be furnished with the autotransformer.

Insulating oil shall be new fractionally distilled pure oxidation-inhibited mineral oil especially refined for autotransformers, free from moisture, acid, alkali and injurious Sulphur compounds and shall not form a deposit under maximum anticipated operating temperatures.

Physical properties of insulating oil shall be as follows: 1. Dielectric Breakdown Voltage- 35,000 volts min. (curved electrodes), ASTM D1816.

2. Viscosity- Not over 62 Saybolt at 37.8 °C, ASTM D88. 3. Pour Point- Not higher than minimum -40 °C, ASTM D97. 4. Flash Point- Not under 146 °C, ASTM D92. 5. Fire Point- Not Under 160 °C, ASTM D92. 6. Neutralization Number- 0.03 maximum, ASTM D664 and D974. 7. Interfacial Tension- 40 dynes per square centimeter minimum, ASTM D971. 8. Water Content at 25 °C- 25 ppm maximum, ASTM D1533 (Karl Fisher Method). 9. Corrosive Sulphur- None, ASTM D1275. 10. Inorganic Chlorides and Sulphates- None.

Certification shall be furnished that states the oil meets the EPA requirements for non-PCB oil when delivered. The oil truck driver (or rider) shall have in his possession and furnish this certification to the Owner upon arrival at the delivery site. Oil shipped in drums is not acceptable.

Page 31: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 31 of 51

The autotransformer and its associated tap changing equipment shall be designed for essentially full vacuum filling in the field. All valves, fittings, and piping for full vacuum filling shall be furnished.

G. Oil Preservation System

The autotransformer shall be provided with a sealed bladder, conservator-type oil preservation system. The system shall include conservator tank, bladder, bladder failure alarm relay, drain valves, piping, oil level gauge, and tank support assembly. The system shall also include a Buchholz alarm relay. The conservator tank shall be located above and adjacent to the main tank cover. The system shall prevent air and moisture from contact with the oil during all operating conditions.

H. Current Transformers

Current transformers shall be bushing type with uniformly distributed windings. Requirement data for the current transformers are specified in the RATING section. Ratio and correction curves shall be furnished for each current transformer. All current transformers shall have a Thermal Rating Factor of 2.0.

I. Bushings

All transformer bushings rated 150 kV BIL and above shall be oil filled and shall be in accordance with IEEE 24. The oil filled bushings shall be equipped with a sight gauge to indicate oil level and a capacitance or power factor test tap. All bushings shall be removable without removing the tank cover. All bushings shall be constructed using porcelain materials.

Bushing stud diameter, length, and threading shall be stated on the drawings

J. Surge Arresters Station type surge arresters shall be furnished and shall meet all applicable requirements of IEEE C62.11. The arresters shall be mounted adjacent to the associated bushing. Requirement data for the surge arresters is specified in the RATING section.

Each arrester group shall be connected to two autotransformer ground pads with copper conductor or bus bar with an equivalent conducting size of 4/0 AWG or larger. The conductor or bus shall be continuous, neatly trained on the outside of the autotransformer, and attached using connections that allow replacement of the conductor if necessary.

The surge arresters shall be in compliance with ANSI C62.11 and 62.22 and shall be ANSI 70, light gray in color. The terminals of the bushings and surge arresters shall be aligned to allow ease in connection.

K. Terminals Each bushing shall be furnished with a removable stud-to-pad terminal. The stud terminals shall have four inch, NEMA, four-hole pads that will be connected to aluminum terminals furnished by the Owner. The terminals shall be corona free and of sufficient size and material to continuously carry and pass the rated current.

L. Cabinets All cabinets installed on the autotransformer shall be stainless steel, NEMA Type 3R or better. Cabinets shall be provided with space heaters to prevent condensation of moisture within the cabinet. Space heater capacity shall be as required to maintain the cabinet internal temperature above the dew point. The heaters shall be spaced away and thermally insulated from any devices or painted surfaces. Voltage applied to the space heaters will be 120 VAC.

One main control cabinet shall be furnished and installed on the autotransformer. All ventilating openings shall be louvered to prevent entrance of rain and shall be equipped with fine mesh filters and stainless steel bug screens.

Page 32: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 32 of 51

All external circuits will enter the bottom of the control cabinet through conduit. The control cabinet shall be provided with a removable, blank, aluminum bottom plate that can be drilled or punched in the field for entry of conduits.

Control cabinet doors shall have a heavy duty, three-point cabinet type latch with a single handle with provisions for padlocking. The control cabinet shall be mounted so that all devices are easily accessible from the ground.

The overall dimensions of the control cabinet, including the dimension from the bottom of the cabinet to the autotransformer base, shall be shown on the preliminary and final outline drawing. The dimensions and thickness of the removable bottom plate shall also be shown.

A copper grounding bar, approximately 1/4" thick and at least 12” long by 1" wide, with terminal screws. It shall be located in a convenient position in the control cabinet near the terminal blocks for grounding of incoming control and power cables. The copper grounding bar shall be electrically connected, with a suitably sized conductor, to the control cabinet NEMA 2-hole grounding pad attached to the tank per ANSI C57.12.10.

Indicators and control devices mounted in the control cabinet shall have device nameplates made from engraved laminated plastic, black with white letters.

A weatherproof, separately protected, single-phase, 120 volt ac, 15 ampere, duplex receptacle shall be mounted on the outside of the control cabinet. The receptacle shall include ground-fault protection with a test button to check the operation of the interrupter. The receptacle shall be accessible without opening the control cabinet and be of heavy construction, weatherproof, with a cast-metal, spring-loaded, gasketed, lift cover.

M. Control Power

Electrical power for control and instrumentation will be nominal 125 volt dc. All dc control devices shall be designed for continuous operation on an ungrounded station battery. Electrical devices served from this supply shall not impose any ground connections on the battery.

N. Auxiliary Power

Auxiliary ac power will be furnished by the Owner from an external source. Main terminals shall be provided for terminating the auxiliary ac power circuits. The main terminals shall be solderless box-lug type, suitable for #6 AWG to 250 kcmil copper conductor. Secondary surge arresters shall be wired from each phase to ground.

Circuit breakers of adequate rating shall be supplied between the main terminals and the auxiliary equipment. Where possible, additional circuit breakers shall be supplied on branch circuits.

Voltage failure relays shall be supplied to monitor and alarm on the loss of the auxiliary power source voltages and the control circuit power source voltage.

O. Wiring

All current transformer leads, including those from each tap of each multi-ratio current transformer, shall be extended into the control cabinet and shall be terminated on shorting type terminal blocks. The secondary leads of the current transformers shall be copper wire, 10 AWG minimum. Control cabinet wiring shall be class B, stranded copper, 14 AWG or larger with insulation rated 600 volts. Splices will not be permitted in control wiring, current transformer leads, or instrument leads.

Page 33: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 33 of 51

All terminal blocks, except those used for current transformer circuits, shall be rated a minimum of 600 volts and have screw terminals. Step-type terminal blocks are not acceptable. Terminal blocks shall be furnished with white marking strips and without covers. Spare, unused terminals shall be furnished on each terminal block for circuit modifications. Not less than two spare unused terminals shall be furnished for every 10 terminals used.

Terminal blocks for external connections shall be grouped in the control cabinet for easy accessibility, unrestricted by interference from structural members and instruments. Sufficient space shall be provided on each side of each terminal block to allow an orderly arrangement of all leads to be terminated on the block. On terminal blocks to be utilized by both the Manufacturer and the Owner, the Manufacturer's connections shall be made on one side only. Only insulated ring-type terminals shall be used. Spade-type or hook-type terminals are not acceptable.

P. Paint

The transformer will be installed outdoors in a locality subject to high ambient temperatures and humidity, tropical hurricane winds and torrential rains. The Manufacturer shall be responsible for adequate weatherproof design to protect against these conditions.

All metallic surfaces subject to corrosion shall be cleaned and painted with the manufacturer's premium standard cleaning and paint system. Details of the Manufacturer's proposed cleaning and paint system shall be submitted with the Proposal. The exterior finish color shall be ANSI 70 Gray. The inside of the tank and the control cabinet shall be of light color (preferably white). Coated surfaces shall be protected from abrasion or other damage at all times. All exposed unpainted parts shall be fabricated of corrosion-resisting metal.

The exterior of the transformer tank and base shall be given a minimum of two primer coats of one mil each and three finish coats of one mil each to a minimum thickness of 3 mils.

Two separate one-quart containers of touchup paint shall be furnished for repairing exterior painted surfaces. The touchup paint shall be of the same type and color as the factory applied paint. The containers shall be properly identified and carefully packed with the spare parts and protected to avoid damage during shipment. Complete instructions for applying touchup paint shall be furnished.

Q. Alarms and Indicators Alarm indication contacts shall be dry-type, electrically separate and insulated from ground. All alarm and spare contacts and indication leads shall be wired to terminal blocks in the control cabinet for use by the Owner. Alarm contacts shall be for operation on a 125 volt dc system. All contacts shall be normally open which close on abnormal conditions.

A liquid temperature monitor relay shall be furnished to indicate oil temperatures. In addition to providing visible indication, it shall be equipped with a separate alarm contact and a trip contact. The indicator shall be equipped with a manually resetable maximum temperature indication. Location and mounting arrangement shall be such that the sensing element can be removed without loss of oil and will not interfere with tanking and untanking the autotransformer core and coils. The monitoring relay shall be type ECLIPSE+01710-A or approved equal.

Sudden pressure relays that operate for abnormal rates of pressure rise shall be provided in both the main tank and LTC compartment. The relay systems shall not be affected by mechanical shock, inrush or exciting currents, or impulse voltages. Control switches shall be mounted in the control cabinet to remove either relay system during maintenance. Each relay system shall provide four manually-resettable, normally-open, electrically-separate, seal-in contacts. Local indicating lights shall be furnished to indicate if a relay reset is required.

Page 34: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 34 of 51

The Manufacturer shall provide a dissolved gas analysis transformer oil monitor, permanently-mounted in a NEMA 4X enclosure, calibrated to NIST standards. The monitor shall use gas chromatography to monitor levels of key fault gases and also monitor moisture content, and shall have programmable alarms. The monitor shall have ability to perform sampling at a minimum increment of 4-hours, store time-stamped data in nonvolatile memory, and shall have Ethernet fiber communications interface. Serveron Model TM8, or approved equal.

R. Accessories

The autotransformer shall be provided with bushing taps and a bushing monitor with partial discharge sensors measuring partial discharge via the bushing tap capacitances. The bushing monitor shall have alarm contacts and indicate trending capacitance and tangent delta values via an Ethernet fiber communications interface.

S. Ground Pads

Four copper-faced ground pads shall be welded at each corner of the bottom of the main tank for grounding purposes. Ground pads shall be drilled and tapped on 1.75 inch centers for 0.5-13 bolts.

T. Neutral Ground Conductor

The autotransformer neutral Ho/Xo will be connected to the substation ground grid. A minimum of two insulated mounting supports shall be provided on the autotransformer tank. The mounting supports shall be secured to the autotransformer tank and be provided with bronze conductor clamps suitable for securing copper conductors up to 1000 kcmil.

U. Spare Parts and Tools

One set of spare parts and special tools required for the installation, maintenance, and dismantling of the equipment shall be furnished with the autotransformer. All tools shall be in new and unused condition and shall become the property of the Owner.

One spare bushing of each voltage class, including neutral bushing, shall be furnished. Complete gaskets shall be furnished with each spare bushing. In addition to the gaskets furnished with spare bushings, additional gaskets for each gasket located on the autotransformer shall be furnished. The gaskets shall be sealed for long-term storage.

Spare parts and special tools shall be furnished and shipped in heavily constructed wooden boxes provided with hinged covers and padlock hasps. The boxes shall be designed as permanent storage enclosures. Where applicable, boxes containing spare parts shall be designed and constructed for return shipment of damaged or worn components for repair. The spare parts and special tools shall be protected from damage due to moisture and dirt accumulation during an extended storage period by use of special coatings, airtight bags, etc.

The Manufacturer shall also furnish any recommended spare parts and tools in addition to those required above.

1.5 FACTORY TESTS

The autotransformer shall be completely assembled at the factory, utilizing materials and equipment that will be a part of the final assembled unit, and shall be subjected to all routine tests specified in ANSI C57.12.00, plus any additional tests specified herein.

All tests required herein may be witnessed by the Owner or the Owner's authorized representative. The Manufacturer shall inform the Owner in writing of the testing schedule at least 30 days prior to start of the tests so that arrangements can be made for a representative of the Owner to be present at the tests.

Page 35: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 35 of 51

The Manufacturer shall immediately notify the Owner of any unusual event or damage occurring during the fabrication of each autotransformer and of all tests which do not meet the specified standard values. The Owner reserves the right to inspect such damages or test failures. Corrective measures to overcome such damage or failure shall be subject to acceptance by the Owner.

Three copies of the report of each test shall be delivered to the Owner not later than 10 days after completion of all tests.

In addition to the Manufacturer’s routine factory testing, the following transformer tests shall be performed:

1. Resistance measurement of all windings on the rated voltage tap position and at the tap extremes.

2. Ratio tests on the rated voltage connection and on all tap positions. 3. Polarity and phase relation tests on the rated voltage connection. 4. No-load loss and excitation current at rated frequency and at 100 percent and 110 percent

of rated voltage. 5. Impedance and load loss at rated current and rated frequency on the rated voltage

connection and at the tap extremes. 6. Fan and/or pump power consumption for each rating. 7. Total loss at rated self-cooled MVA and rated forced-cooled MVA(s) at rated voltages and

frequency. 8. Regulation at unity power factor and 80 percent power factor lagging. 9. Percent impedance, resistance and reactance on rated self-cooled MVA base. 10. Hottest spot temperature rise at rated self-cooled MVA and forced-cooled MVA(s).

Temperature rise test data shall be on minimum and maximum ratings, or may be given from a "thermal duplicate" unit.

11. Applied voltage tests. 12. High potential and induced voltage tests. 13. Partial Discharge (Corona) Tests 14. Audible Sound Level Tests 15. Resistance Measurement of Insulation. 16. Insulation Power Factor. 17. Bushing Tests 18. Terminal bushing test and flashover voltages. 19. Current transformer tests, (ratio, saturation and excitation, polarity) with curves. 20. Fault Pressure Relay Test.

1.6 PHOTOGRAPHS

Three sets of color photographs of each core and coil assembly shall be furnished. The photographs shall be taken just prior to placing the completed core and coil assembly into the tank. All photographs shall be 215 mm x 280 mm (8-1/2" x 11") glossy prints labeled with the Manufacturer's name and autotransformer serial number. Five different views shall be provided as follows: top view, front view, left side view, right side view, and rear view.

Page 36: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 36 of 51

1.7 SHIPPING

A. Assembly The autotransformer core and coil shall be shipped completely assembled in the tank, in oil, or in a dry inert gas atmosphere having a maximum dew point of -50 °F. The dew point of the gas in the tank shall be determined just prior to shipment. If shipped in dry inert gas atmosphere, the assembly shall be pressurized sufficiently in advance of shipment to permit verification that a seal is obtained. The autotransformer shall be shipped upright and as complete as possible, consistent with shipment limitations and protection of the equipment. The oil, bushings, frames, minor accessories and radiators may be shipped separately.

B. Packing

The method of packing shall be such as to adequately protect the case, radiators, core and coils, bushings and all other auxiliary devices or accessories against corrosion, dampness, breakage or vibration injury that might reasonably be encountered in transportation and handling. Packing crate shall be such that prolonged outdoor storage will not result in deterioration of crates or damage to contents.

C. Weatherproof

All auxiliary equipment shall be shipped in weatherproof packages. Packing material shall provide weatherproof protection for a period of one year in outdoor storage areas. Accessories shall not be shipped separately without the prior approval of the Owner.

All conduits and auxiliary equipment mounting positions shall be sealed and/or covered to prevent water damage during storage.

All valves, shipping covers, etc. shall be sealed and effectively crated to prevent tampering or removal while in transit.

D. Recorder Installation

The Manufacturer shall furnish a minimum of two, three-way (horizontal, longitudinal and vertical) measurement impact recorders for shipping the autotransformer. Recorders shall be attached to the autotransformer and to the carrier on which the autotransformer is shipped. At least one recorder must operate satisfactorily throughout the time the autotransformer is in transit. The recorder impact charts shall be delivered to and will become the property of the Owner.

1.8 INSPECTION

The autotransformer shall be inspected upon receipt. In the event residual pressure is not sufficient to ensure positive pressure was maintained during shipment, the autotransformer shall be considered contaminated by moisture and special precautions, acceptable to the Owner, shall be taken by the Manufacturer prior to placing the autotransformer in service.

Upon arrival and before unloading the autotransformer, the impact recorder media shall be removed and inspected by the Owner, the Manufacturer and the Carrier's Agent. If in the opinion of the Owner, the Manufacturer or the Carrier's Agent the impact recorder tape or other considerations indicates rough handling during shipment, the Manufacturer shall take immediate action to determine if any damage has occurred and report in writing to the Owner defining condition and recommending corrective action.

Page 37: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 37 of 51

1.9 INSTALLATION

The Manufacturer shall make all necessary provisions required for the transportation, receipt, handling, unloading of the autotransformer and placement onto the Owner provided foundation. This Contract shall include but not be limited to: loading and unloading, rigging, transporting, handling, placing, assembling, and filling with insulating oil. All work involved in assembling and testing the autotransformer shall be performed under the supervision of a fully qualified, factory trained, service engineer.

Connections to the high voltage, low voltage, neutral, ground terminals, low voltage power, current transformer, and other external connections to incoming terminals will be provided by others.

Insulating oil for the autotransformer shall be treated, heated, filtered and processed, with a vacuum in the tank, in strict accordance with the requirements of these specifications or in strict accordance with the published recommendations of the equipment manufacturer, whichever shall require the most complete treatment or processing.

If oil testing results indicate acidity, interfacial tension, the presence of acidic, colloidal or other contaminants, a re-refining process shall be used to remove these contaminants.

1.10 FIELD INSTALLATION TESTS

The following tests in addition to those recommended Manufacturer, shall be conducted: nitrogen dew point test, oil analysis, Power Factor Tests, TTR tests, Insulation Resistance tests, current transformer tests, and an operational test of the sudden pressure relay.

A complete Doble or Biddle power factor test shall be performed on the autotransformer. Power factor tests shall include windings, bushing hot collar tests and surge arresters.

Ratio Tests shall be made at all tap positions of the manual tap changer for de-energized operation with the automatic load-tap-changer on the rated voltage (Neutral Tap) position, and at all automatic load-tap-changer positions with the manual tap changer for de-energized operation on the rated voltage (Neutral Tap) position.

The insulation resistance test shall be performed. Resistance readings shall be recorded for all windings on the full winding tap position.

All current transformers shall be checked for ratio, saturation excitation, and polarization. The correct location and polarity as per identification marking shall be verified.

Proper operation accessories and/or auxiliaries shall also be confirmed.

A Sweep Frequency Response Analysis (SFRA) test shall be performed on the autotransformer at the site, after it has been installed on the foundation. The SFRA test equipment used, and test procedures used for the field tests, shall be those recommended by Doble Engineering. Results of the SFRA field tests shall be compared with the Certified Factory tests made prior to shipping, to determine that no shipping damage was sustained and that the unit is ready for service.

A composite test report, approved by the Manufacturer and the Owner, shall be provided to the Owner for future reference.

1.11 FACTORY SERVICE ENGINEER

The services of a fully-qualified factory trained service engineer shall be made available during assembly, filling with oil, and testing after assembly. The service engineer shall be made available for one eight-hour day to instruct Owner's personnel in the proper operation, adjustment, test, and maintenance of the autotransformer. Such instructions shall be in addition to work specified above.

Page 38: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 38 of 51

The presence of a service engineer is required at the time equipment is placed in service, the service engineer shall perform all operations required to establish that the unit is ready to be placed in service, to advise the Owner when the unit is ready to be energized and upon approval by the Owner, to place the unit in service. As part of this operation, the service engineer shall afford opportunity to Owner's personnel to observe and learn the correct practices to be followed prior to energizing equipment.

The work of the service engineer to be performed under the scope of this contract shall be coordinated with the work to be performed by the Owner.

A fully-qualified service engineer must be available upon 24-hour notice. Repair shop facilities, Certified by the Manufacturer, must be available within a radius of 400 miles of the Owner.

Page 39: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 39 of 51

SECTION D:

BID TENDER FORMS

Page 40: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 40 of 51

FORM 1:BID TENDER FORM (page 1 of 4)

Information to be furnished with Bid Proposed Delivery Date, if different than requested

Validity of Bid, if different than 90 days Name of Manufacturer

Location of Plant

Experience (Provide on Separate Sheets)

Shipping Subcontractor

Off-Loading Subcontractor

Installation and Testing Subcontractor

Other (identify) Subcontractor

Page 41: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 41 of 51

FORM 1:BID TENDER FORM (page 2 of 4) Information to be furnished with Bid

Guaranteed Losses- All losses are for the basic transformer at the MVA rating indicated, on 230,000 volt no-load tap position, and on LTC position as indicated, expressed in watts.

No-Load Loss, 150 MVA, LTC at Neutral

Load Loss, 150 MVA, LTC at Neutral

Load Loss, 150 MVA, LTC at 4 Raise

Load Loss, 150 MVA, LTC at 5 Raise

Power Required by Cooling Equipment at 200 MVA

Power Required by Cooling Equipment at 250 MVA

On-Load Tap Changer Manufacturer

LTC Continuous Current Rating (amps)

Current Transformer Manufacturer

Bushing Manufacturer

Surge Arrester Manufacturer

Cooling Fan Motor Manufacturer

Cooling Fan Motor hp / Quantities /

Estimated Weight without oil (lb)

Estimated Total Weight (lb)

Estimated Oil (gallons)

Exceptions

Page 42: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 42 of 51

FORM 1:BID TENDER FORM (page 3 of 4) Information to be furnished with Bid

Approximate Dimensions (inches) per Figure. “A” and “B” are as measured from the centerline of the H2 bushing. “M” is to top of HV bushings. “T” is to highest point above grade.

A B C

D E F

H M T

Page 43: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 43 of 51

FORM 1:BID TENDER FORM (page 4 of 4) BID NUMBER: 1819-01 TITLE: 230/138 KV, 150/200/250 MVA, AUTOTRANSFORMER

BID PROPOSAL DOCUMENT TURN-IN CHECKLIST The following documents are to be completed, signed and submitted as part of the Submittal Package in response to this bid. Failure to provide the listed documents may be cause for the CITY to consider rejection of the submitted bid. This consideration will be at the sole discretion of the CITY.

INITIAL Check-Off SECTION TITLE

[ ____ ] FORM 1 BID TENDER FORM (completed Pages 40 - 43)

[ ____ ] FORM 2 BID AWARD NOTICE FORM – (completed Page 44)

[ ____ ] FORM 3 REQUIRED DISCLOSURE FORM (completed Page 45)

[ ____ ] FORM 4 DRUG-FREE WORKPLACE COMPLIANCE FORM (completed Page 46)

[ ____ ] FORM 5 NON-COLLUSION AFFIDAVIT (completed Page 47)

[ ____ ] FORM 6 NON-BANKRUPTCY AFFIDAVIT (completed Page 48)

[ ____ ] FORM 7 BID BOND (completed Pages 49-50)

[ ____ ] W-9 (Attach completed and signed form, which can be obtained from www.irs.gov)

ADDENDA RECEIPT VERIFICATION

Addendum #: ____ Dated: _____ Addendum #: ____ Dated: _____

Addendum #: ____ Dated: _____ Addendum #: ____ Dated: _____

By:

Signature of Authorized Submitter Title (typed or neatly printed)

Page 44: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 44 of 51

FORM 2

BID AWARD NOTICE FORM

City of Jacksonville Beach 1460A Shetter Avenue, Jacksonville Beach, FL 32250, (904) 247-6229

NOTICE: Items 1 to 6 are to be completed by the bidder. The bidder is to submit the form to the CITY

along with the Bid Tender Form and other required documents. 1. Company Name: 2. Address: 3. City, State and Zip: 4. Attention: 5. Phone: ___________________________ Fax: 6. E-mail address: PLEASE PRINT CLEARLY

****************************************************************************** ITEMS BELOW TO BE COMPLETED BY THE CITY OF JACKSONVILLE BEACH

****************************************************************************** Proposals were received and evaluated, and the following recommendation will be presented to the City Council for award of Bid No. 1819-01 per the attached Bid Tabulation form(s). A written notice of intent to file a protest must be filed with the Purchasing Administrator within three (3) days after receipt by the bidder of the Bid Award Notice from the Purchasing Administrator in accordance with the procedures set forth in Section XII K., City of Jacksonville Beach Purchasing Manual. If awarded bid or combination of bid items, please do not proceed with any work prior to receiving an official City of Jacksonville Beach Purchase Order and/or Notice-to-Proceed letter. Thank you for your proposal. Sincerely, CITY OF JACKSONVILLE BEACH /s/Luis F. Flores Property and Procurement Division

Page 45: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 45 of 51

FORM 3

REQUIRED DISCLOSURE FORM

The following disclosure is of all material facts pertaining to any felony conviction or any pending

felony charges in the last three (3) years in this State or any other state or the United States against (1)

bidder, (2) any business entity related to or affiliated with bidder, or (3) any present or former owner of

bidder or of any such related or affiliated entity. This disclosure shall not apply to any person or entity

which is only a stockholder, which person or entity owns twenty (20) percent or less of the outstanding

shares of a bidder whose stock is publicly owned and traded:

Signed: Title:

Contractor:

Page 46: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 46 of 51

FORM 4

DRUG-FREE WORKPLACE COMPLIANCE FORM IDENTICAL TIE PROPOSALS - Preference shall be given to businesses with drug-free workplace programs. Whenever two or more bids, which are equal with respect to price, quality and service, are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall: 1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing,

possession or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition.

2) Inform employees about the dangers of drug abuse in the workplace, the business’s policy of

maintaining a drug-free workplace, any available drug counseling, rehabilitation and employee assistance programs and the penalties that may be imposed upon employees for drug abuse violations.

3) Give each employee engaged in providing the commodities or contractual services that are under

contract a copy of the statement specified in subsection (1). 4) In the statement specified in subsection (1), notify the employees that, as a condition of working

on the commodities or contractual services that are under contract, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction.

5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or

rehabilitation program if such is available in the employee’s community, by any employee who is so convicted.

6) Make a good faith effort to continue to maintain a drug-free workplace through implementation

of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. ____________________________________ Vendor’s Signature

Page 47: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 47 of 51

FORM 5

NON-COLLUSION AFFIDAVIT , being first duly sworn deposes and says that: 1. He (it) is the , of the bidder that has submitted the

attached bid; 2. He is fully informed respecting the preparation and contents of the attached bid and of all

pertinent circumstances respecting such bid; 3. Such bid is genuine and is not a collusive or sham bid; 4. Neither the said bidder nor any of its officers, partners, owners, agents, representatives,

employees, or parties in interest, including this affidavit, have in any way, colluded, conspired, connived or agreed, directly or indirectly, with any other bidder , firm or person to submit a collusive or sham bid in connection with the Contract for which the attached bid has been submitted; or to refrain from responding in connection with such Contract; or have in any manner, directly or indirectly, sought by agreement or collusion or communication, or conference with any bidder firm, or person to fix the price or prices in the attached bid or of any other bidder or to fix any overhead, profit, or cost elements of the bid price or the bid price of any other bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against other bidders, or any person interested in the proposed Contract;

5. The price or prices quoted in the attached bid are fair and proper and are not tainted by any

collusion, conspiracy, connivance, or unlawful agreement on the part of the bidder or any other of its agents, representatives, owners, employees or parties in interest, including his affidavit.

By: Sworn and subscribed to before me this day of , 20 , in the State of , County of . Notary Public My Commission Expires:

Page 48: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 48 of 51

FORM 6

NON-BANKRUPTCY AFFIDAVIT BID #: 1819-01 STATE OF ____________________) COUNTY OF ___________________) ______________________________________________________ is an officer and member of the firm of ______________________________________, being first duly sworn, deposes and states that;

1. The subsequent certification statement is a true and accurate statement as of the date shown below.

2. The affiant understands that the intentional inclusion of false, deceptive or fraudulent statements

on this Non-Bankruptcy Affidavit constitutes fraud; and, that the City of Jacksonville Beach, Florida, considers such action on the part of the affiant to constitute good cause for denial, suspension, revocation, disqualification, or rejection of affiant’s participation in BID No. 1819-01

3. Certification Statement: This is to certify that the aforementioned firm has not filed for

bankruptcy in the past seven (7) years and that no owner/officer or principal of the aforementioned firm has filed for bankruptcy personally in the past seven (7) years or has been an owner/officer or principal of a firm which has filed for bankruptcy in the past seven (7) years.

________________________________ Affiant Signature Sworn to before me this _______ day of ___________, 20_____ by _____________. (Name of affiant) He/She is personally known to me or has produced _______________________as identification. ________________________________ Signature of Notary ________________________________ ____________________________ Notary’s Printed Name Expiration of Notary’s Commission Affix Seal Here:

Page 49: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 49 of 51

FORM 7

BID BOND

KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, as Principal, and as Surety, are hereby held and firmly bound unto the City of Jacksonville Beach as City in the penal sum of, (5 percent of the Contract Bid) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns.

Signed, this day of ___________________________, 20____.

The condition of the above obligation is such that whereas the Principal has submitted to the City a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the City of Jacksonville Beach,

CITY OF JACKSONVILLE BEACH Bid Number 1819-01

230/138 kV, 150/200/250 MVA, Autotransformer NOW THEREFORE,

(a) If said Bid shall be rejected, or in the alternate,

(b) If said principal shall not withdraw said bid within ninety (90) days after date of opening of the same, and shall within ten (10) days after the prescribed forms are presented to him for signature, enter into a written contract with the City in accordance with the bid as accepted, and give bonds with good and sufficient surety or sureties, as may be required, for the faithful performance and proper fulfillment of such contract, then this obligation shall be void; otherwise the same shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated.

The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be no way impaired or affected by an extension of the time within which the City may accept such Bid; and said Surety does hereby waive notice of any such extension.

IN WITNESS WHEREOF, the above bounded parties have executed this instrument under their several seals, this ________ day of __________, A.D., , the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body.

WITNESS: (If Sole Cityship or Partnership, two (2) Witnesses required.) (If Corporation, Secretary only will attest and affix seal.)

PRINCIPAL: WITNESSES: Name of Firm

______________________________ Signature of Authorized Officer (Affix Seal) ______________________________

Page 50: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 50 of 51

Title

Business Address City State

SURETY:

WITNESS: Corporate Surety

Attorney-in-Fact (Affix Seal)

Business Address

City State

Name of Local Insurance Agency

I, ___________________________________________, certify that I am the Secretary of the Corporation named as Principal in the within bond; that who signed the said bond on behalf of the Principal, was then of said corporation; that I know his signature, and his signature hereto is genuine; and that said bond was duly signed, sealed, and attested for and in behalf of said corporation by authority of its governing body. (Corporate Secretary Seal)

STATE OF FLORIDA ) ss

COUNTY OF )

Before me, a Notary Public duly commissioned, qualified and acting, personally appeared _____________________________ to me well known, who being by me first duly sworn upon oath, says that he is the Attorney-in-Fact, for the ______________________________________ and that he has been authorized by ____________________________________ to execute the foregoing bond on behalf of the Contractor named therein in favor of the City, the ______________________________________________

Subscribed and sworn to before me this ________ day of ____________, 20___, A.D.

(Attach Power-of-Attorney to original Bid Bond) Notary Public

State of Florida-at-Large

My Commission Expires:

Page 51: City of Jacksonville Beach · City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer Page 1 of

City of Jacksonville Beach, Beaches Energy Services Invitation to Bid#: 1819-01 Date: 10/12/18 230/138 kV, 150/200/250 MVA, Autotransformer

Page 51 of 51

W-9 Form (Attach completed and signed form, which can be obtained from www.irs.gov)